The solicitation document, PR #F4F5AV4336A001, is a Request for Quotes (RFQ).
The associated NAICS code is 511210.
Small business size standard is: $38.5 million
This requirement is for the following brand name: Pointwise Gridgen Software products
Please see attached Bill of Materials for requirement specifications.
Delivery is 30 days After Receipt of Order (ARO)
Ship to: Wright-Patterson AFB, OH 45433, FOB is Destination.
The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition
The provision at 52.212-2, Evaluation--Commercial Items, applies; the only evaluation factor being price.
52.212-3, Offeror Representations and Certifications - Commercial Items. If offeror has completed the annual representations and certificates electronically via https://www.acquisition.gov, offeror shall complete and submit only paragraphs 52.212-3(b), Offeror Representations and Certifications--Commercial Items, (below) with the offer.
(1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the SAM website.
(2) The offeror has completed the annual representations and certifications electronically via the SAM website accessed through https://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. [Offeror to identify the applicable paragraphs at (c) through (o) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on SAM.]
If an offeror has not completed the annual representations and certificates electronically at the SAM website, the offeror shall complete and submit only paragraphs 52.212-3 (c) through (o).
The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition.
The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition.
All items must be TAA compliant in accordance with FAR.
DPAS rating is DO-A7.
Open Market pricing is required.
Award will be made to the lowest price, technically acceptable, responsive, responsible offeror.
Anticipated Award Date is: January 2015
Mrs. Jill Willingham-Allen has been appointed as Ombudsman. The purpose of the Ombudsman is to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. The Ombudsman does not participate in the preparation of solicitations, evaluation of proposals or source selection process and does not diminish the authority of the contracting officer. Any questions or concerns about this solicitation should first directed to the buyer at the e-mail address or phone number listed, or you may contact the Ombudsman at [email protected].
Proposals are due by 12:00pm EST, 9 Jan 2015. Proposals shall be sent via email to [email protected]. Any questions regarding this acquisition should be directed to John Fisher at 937.656.7455 or by e-mail.
Addendum: Bill of Materials (BOM)